Skip to main content.

University of Lincoln: Digital Technologies Equipment Supply

  University of Lincoln has published this notice through Delta eSourcing

Notice Summary
Title: Digital Technologies Equipment Supply
Notice type: Contract Award Notice
Authority: University of Lincoln
Nature of contract: Supplies
Procedure: Restricted
Short Description: The University of Lincoln were looking to appoint a single supplier to operate as a "Master Vendor" who can supply the University with a broad range of ICT hardware for a long term contract. In-scope of this contract will be desktop PCs, laptops, workstations, Apple devices, monitors, peripherals, accessories, mobile device hardware, high performance/gaming PCs and (at the University's discretion) servers.
Published: 22/08/2025 09:05

View Full Notice

UK-Lincoln: Computer equipment and supplies.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Lincoln
       Lawress Hall, Riseholme Park, Riseholme, Lincoln, LN2 2LG, United Kingdom
       Tel. +44 1522882000, Email: vmelides@lincoln.ac.uk
       Contact: Vasos Melides - Procurement Category Manager
       Main Address: www.lincoln.ac.uk
       NUTS Code: UKF3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Digital Technologies Equipment Supply            
      Reference number: 428

      II.1.2) Main CPV code:
         30200000 - Computer equipment and supplies.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The University of Lincoln were looking to appoint a single supplier to operate as a "Master Vendor" who can supply the University with a broad range of ICT hardware for a long term contract. In-scope of this contract will be desktop PCs, laptops, workstations, Apple devices, monitors, peripherals, accessories, mobile device hardware, high performance/gaming PCs and (at the University's discretion) servers.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            30213100 - Portable computers.
            30213200 - Tablet computer.
            30213300 - Desktop computer.
            30230000 - Computer related equipment.
            30231000 - Computer screens and consoles.
            30236000 - Miscellaneous computer equipment.
            30237200 - Computer accessories.
            48820000 - Servers.
            48822000 - Computer servers.
            30214000 - Workstations.
            30237300 - Computer supplies.
            32250000 - Mobile telephones.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Organisations interested in this opportunity needed to have the scale and capability to supply the full breadth of the ICT requirements that are in-scope this contract. Purchases under the proposed contract will range from high value orders for rolling-replacement expenditure through to ad-hoc devices, lower value one-off orders and peripheral purchases.

The University was seeking a supplier who can provide (and continually demonstrate) long term value for money and can work in partnership with the University to offer expertise and advice on getting the best from ICT hardware supply chains.

This procurement was conducted under the Public Contracts Regulations 2015.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:After the initial three year period, there will be two optional (at the University's discretion) extension periods of up to two periods of one year each. The maximum duration of the contract will be for five years.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2FUZ9F8G45


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2025/S 000-004569
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 428    
   Lot Number: Not Provided    
   Title: Digital Technology Equipment Supply

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/08/2025

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             XMA LTD, 02051703
             Wilford Industrial Estate,, Ruddington Lane Wilford,, Nottingham,, NG11 7EP, United Kingdom
             NUTS Code: UKF3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=971403869
   VI.4) Procedures for review

      VI.4.1) Review body
          University of Lincoln
          Riseholme Park, Riseholme, Lincoln, LN2 2LG, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority have incorporate a minimum of 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decision. This notification has provided the information that tenderers are legally entitled to regarding the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 22/08/2025




View any Notice Addenda

View Award Notice